Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2007 FBO #2209
SOLICITATION NOTICE

99 -- Graveliners

Notice Date
12/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-08-RQ-0056
 
Response Due
1/31/2008
 
Archive Date
3/31/2008
 
Point of Contact
Deborah Barker, Contracting Officer 317-988-1822 deborah.barker@va.gov aaron.lacy@va.gov
 
E-Mail Address
Email your questions to Contract Specialist
(deborah.barker@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 1. REQUISITION NUMBER PAGE 1 OF 44 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER 5. SOLICITATION NUMBER VA-251-08-RQ-0056 6. SOLICITATION ISSUE DATE 12/12/07 7. FOR SOLICITATION INFORMATION CALL: ? a. NAME Deborah Barker, Contracting Officer b. TELEPHONE NUMBER (No collect calls) (317) 988-1822 8. OFFER DUE DATE/ LOCAL TIME 01/31/2008 @ 4 p.m. 9. ISSUED BY: CODE 10. HIS ACQUISITION IS 0 UNRESTRICTED OR 1 SET ASIDE % FOR Department of Veterans Affairs VA Medical Center (90CSC) 1481 West Tenth Street Indianapolis, IN 46202 NAICS: 327390 SIZE STANDARD: 500 empl 1 SMALL BUSINESS 0 EMERGING SMALL BUSINESS 0 HUBZONE SMALL 0 Sole Source BUSINESS 0 SERVICE-DISABLED VETERAN- 0 8(A) OWNED SMALL BUSINESS 11. DELIVERY FOR FOB: DESTINA- TION UNLESS BLOCK IS MARKED 12. DISCOUNT TERMS: 0 13a. THIS CONTRACT IS A 13b. RATING 0 SEE SCHEDULE N/A RATED ORDER UNDER DPAS (15 CFR 700) 14. METHOD OF SOLICITATION 1 RFQ 0 IFB 0 RFP 15. DELIVER TO: CODE 16. ADMINISTERED BY:: Department of Veteran Affairs CODE VA Medical Center (90CSC) 1481 West Tenth Street Indianapolis, IN 46202 VA Medical Center (90CSC) 1481 West Tenth Street Indianapolis, IN 46202 17a CONTRACTOR/ OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO DUNS: Department of Veteran Affairs P.O. Box 149971 Austin, TX 78714-8971 0 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED 0 SEE ADDENDUM 19. ITEM NO. 20. SCHEDULE OF SUPPLIES/SERVICES 21. QUANTITY 22. UNIT 23. UNIT PRICE 24. AMOUNT See Continuation Pages 2-5 (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 1 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA 0 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA 1 ARE 0 ARE 0 ARE NOT ATTACHED 0 ARE NOT ATTACHED 1 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. 0 29. AWARD OF CONTRACT: REF OFFER DATED . YOUR OFFER ON SOLICITATION (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER 30b. NAME AND TITLE OF SIGNER (Type or print) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 3/2005) PRESCRIBED BY GSA - FAR (48 CFR) 53.212 2.1 SCHEDULE SUPPLIES OR SERVICES AND PRICES / COSTS PRICE SCHEDULE CONCRETE GRAVELINERS: The Contractor shall furnish, deliver & install prefabricated concrete graveliners at the Fort Custer National Cemetery 15501 Dickman Road, Augusta, MI 49012. Concrete Graveliners shall be fabricated in strict accordance with Attachment - A (GSA Commercial Item Description A-A-30194: Type-I, Style-I, Liner, Grave, Concrete). The contractor will be required to furnish approximately 725 graveliners annually. The period of performance is from the April 1, 2008 through September 30, 2008, with four (4) one (1) year renewal options, if exercised. UNIT PRICE: The unit price indicated in the Schedule is all-inclusive and covers the production, transportation, and installation of the Concrete Graveliners ordered. On an annual basis, the Government estimates ordering and delivery of approximately 580 graveliners to Fort Custer National Cemetery. The setting & covering of concrete graveliners will be accomplished by the contractor and coordinated / scheduled with the Director, Fort Custer National Cemetery or designee. Contractor will be notified of delivery requirements 24 hours in advance. BASE (6 months): 4/1/08 thru 9/30/08 CLIN DESCRIPTION EST QTY UNIT UNIT PRICE TOTAL PRICE 1 Liner, Size 90" X 40" X 28", Box with Flat Lid. Inside dimensions 2 Ea. $ ________ $ ________ 2 Liner, Size 86" X 30" X 24", Box with Flat Lid. Inside dimensions 282 Ea. $ ________ $ ________ 3 Liner, Size 90" X 34" X 29", Box with Flat Lid. Inside dimensions 5 Ea. $ ________ $ ________ 4 Liner, Size 96" X 36" X 28", Box with Flat Lid. Inside dimensions 5 Ea. $ ________ $ ________ TOTAL ESTIMATED COST: $ __________ OPTION YEAR I: October 1, 2008 THROUGH SEPTEMBER 30, 2009 CLIN DESCRIPTION EST QTY UNIT UNIT PRICE TOTAL PRICE 5 Liner, Size 90" X 40" X 28", Box with Flat Lid. Inside dimensions 5 Ea. $ ________ $ ________ 6 Liner, Size 86" X 30" X 24", Box with Flat Lid. Inside dimensions 565 Ea. $ ________ $ ________ 7 Liner, Size 90" X 34" X 29", Box with Flat Lid. Inside dimensions 10 Ea. $ ________ $ ________ 8 Liner, Size 96" X 36" X 28", Box with Flat Lid. Inside dimensions 10 Ea. $ ________ $ ________ TOTAL ESTIMATED COST: $ ________ OPTION YEAR II: October 1, 2009 THROUGH SEPTEMBER 30, 2010 CLIN DESCRIPTION EST QTY UNIT UNIT PRICE TOTAL PRICE 9 Liner, Size 90" X 40" X 28", Box with Flat Lid. Inside dimensions 5 Ea. $ ________ $ ________ 10 Liner, Size 86" X 30" X 24", Box with Flat Lid. Inside dimensions 565 Ea. $ ________ $ ________ 11 Liner, Size 90" X 34" X 29", Box with Flat Lid Inside dimensions 10 Ea. $ ________ $ ________ 12 Liner, Size 96" X 36" X 28", Box with Flat Lid Inside dimensions 10 Ea. $ ________ $ ________ TOTAL ESTIMATED COST: $_________ OPTION YEAR III: October 1, 2010 THROUGH SEPTEMBER 30, 2011 CLIN DESCRIPTION EST QTY UNIT UNIT PRICE TOTAL PRICE 13 Liner, Size 90" X 40" X 28", Box with Flat Lid. Inside dimensions 5 Ea. $ ________ $ ________ 14 Liner, Size 86" X 30" X 24", Box with Flat Lid. Inside dimensions 565 Ea. $ ________ $ ________ 15 . Liner, Size 90" X 34" X 29", Box with Flat Lid Inside dimensions 10 Ea. $ ________ $ ________ 16 Liner, Size 96" X 36" X 28", Box with Flat Lid Inside dimensions 10 Ea. $ ________ $ ________ TOTAL ESTIMATED COST: $ ________ OPTION YEAR IV: October 1, 2011 THROUGH SEPTEMBER 30, 2012 CLIN DESCRIPTION EST QTY UNIT UNIT PRICE TOTAL PRICE 17 Liner, Size 90" X 40" X 28", Box with Flat Lid. Inside dimensions 5 Ea. $ ________ $ ________ 18 Liner, Size 86" X 30" X 24", Box with Flat Lid. Inside dimensions 565 Ea. $ ________ $ ________ 19 Liner, Size 90" X 34" X 29", Box with Flat Lid Inside dimensions 10 Ea. $ ________ $ ________ 20 Liner, Size 96" X 36" X 28", Box with Flat Lid Inside dimensions 10 Ea. $ ________ $ ________ TOTAL ESTIMATED COST: $ ________ SUMMARY TOTALS TOTAL Base (6 months) - 4/1/08 - 09/30/08: $ ________________ Option Year I - 10/01/08 - 09/30/09: $ ________________ Option Year II - 10/01/09 - 09/30/10: $ ________________ Option Year III - 10/01/10 - 09/30/11: $ ________________ Option Year IV - 10/01/11 - 09/30/12: $ ________________ Aggregate Total (Base + all Option Years): $ ________________ (End of Price Schedule) 2.2 DESCRIPTION / SPECIFICATION / WORK STATEMENT A.1 GENERAL REQUIREMENTS The contractor shall provide all labor, materials and transportation necessary to fabricate, deliver and install Type I - Concrete Vaults, Style 1 - Box with separate Flat Lid at Fort Custer National Cemetery, in accordance with the requirements of GSA Commercial Item Description, No. A-A-30194 (Attachment - A). It is the Contractor's responsibility to keep pace with Burial & Graveliner Installation activities of the Fort Custer National Cemetery. The Contractor shall place the graveliner 30 minutes prior to burial services and will remain on site and in close proximity to NCA excavation crews until all graveliner covers are in place. Normally several crews are used daily for excavations which will result in graveliners being installed at different Sections of the cemetery. Fort Custer National Cemetery uses grave sites measuring 6' x 10' in new burial Sections. This will require exact preciseness in placement of all graveliners. (a) Placement of Orders: Orders for concrete Grave Liners at Fort Custer National Cemetery will be placed by the COTR or designee. Orders may be faxed to the contractor at the COTR's discretion. (b) Inscriptions: Date of manufacture shall be inscribed on both box and lid. Should be visible from the end of the box and lid. (c) Metric Products: Products manufactured to Metric Unit dimensions (centimeters / kilograms / metric ton) will be conducted on an equal basis with those manufactured to Imperial Unit dimensions (inch / pound) units, providing they fall within the tolerances specified using conversion tables contained in the latest revision of Federal Standard No. 376, and all other requirements of this document are met. (Note: If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch-pound units, a request will be made to the VA Contracting Officer, in conjunction with the COTR, who will accept or reject the product). (d) Packaging & Marking: Grave Liners will be palleted or otherwise prepared for shipping in accordance with the Commercial Item Description (CID) No. A-A-30194 (See Attachment A). Grave Liners and lids shall be marked in accordance with the CID. (See Inscriptions). A.2 INSTALLATION (a) All installations normally associated with the placement of the Grave Liners shall be the contractor's responsibility. Sufficient manpower and equipment shall be provided by the contractor for the safe, acceptable and timely installation of the units. Contractor's equipment and operating procedures must meet all OSHA AND DOT requirements. (b) The National Cemetery will not provide employees to assist with the installation. The installation of the Grave Liners requires a sufficient crew to lower the Grave Liner into the grave as not to cause a cave-in. If a cave-in results, the contractor will be responsible for making repairs and correcting deficiencies. When lowering the Grave Liner, the contractor will keep the liner level at all times preventing it from going side to side as well. (c) Contractor will assure that Grave Liners are properly guided into the grave. Grave Liners will be visually spotted and placed in accordance with grave site alignment. The Cemetery reserves the right to determine what constitutes an acceptably placed unit in accordance with placement requirements. (d) Removal, replacement or corrective work resulting from negligence by the Contractor shall be corrected at no additional cost and shall not interfere with the normal performance of the contract. Corrective work will not result in delays for the scheduled interments or result in employees of the National Cemetery having to work beyond the normal working hours of 8:00 a.m. to 4:30 p.m. (e) Grave Liners are to be installed within the gravesites not less than thirty (30) minutes prior to scheduled interment. The unit will be secured (lid placement made) not later than 30 minutes after the lowering of the casket in the gravesite. (f) The Contractor will be notified of requirements for units to be delivered to the National Cemetery 24 hours prior to Grave Liners being required at the cemetery. The following day's scheduling is available at the Administration Building at 4:00 P.M. each day. (g) Reopening/Occupied Grave Sites: In cases where it will be necessary to transport Grave Liners into established burial sections, a portable vault carrier will be used. Equipment will not exceed 11,000 pounds gross axle weight when operating in established burial sections. The Cemetery Maintenance & Operations Foreman is available to provide assistance in determining access points into burial sections (h) Damages Caused By Contractor's Neglect: In the event damages result to the units and/or gravesites (cave-in's) or surrounding areas, including damage to third parties, due to neglect by the Contractor, restitution will be required at no cost to the agency. Changes in schedules, work assignments or delays of daily operation must not occur under any circumstances. A.3 DELIVERY (a) The Contractor is to be at the Cemetery not less than thirty (30) minutes prior to scheduled interment. The concrete liner will be placed above ground at or near the gravesite, at this time cemetery personnel will place a lowering device on the liner for lowering of remains into liner. Once remains have been lowered into liner contractor will secure with lid and lower entire container into gravesite not later than 30 minutes after the lowering of the casket in the liner. (b) Vehicles: Contractor vehicles will be equipped with hydraulic crane to include extra traction control 4X4 drive when needed for difficult off road or slippery surface conditions in burial areas. The successful contractor will be responsible for removal of equipment when disabled by poor weather conditions or heavy mud. The contract will ensure disabled vehicles will not delay or impede the normal burial operations under any circumstances. The National Cemetery Administration will not use government vehicles and manpower to remove disabled contractor vehicles. If necessary the government will have the vehicle removed and towed at the contractor's expense. (c) Federal Holidays: The contractor may be required to work all burials scheduled during holidays and weekends within the National Cemetery. The ten holidays observed by the Federal Government are as follows: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, 4th of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, or any other day specifically declared by the President of the United States to be a National Holiday. (d) The contractor will be notified of requirements for units to be delivered 24 hours prior to Grave Liners being required at the National Cemetery. The following day's scheduling is available at the Administration Building at 4:00 P.M. each day. Normal hours of interment operations for purposes of delivery and installation of Grave Liners are 9:00 A.M. through 3:00 P.M. (e) All work shall be performed between the hours of 8:00 a.m. and 4:30 p.m. local time, Monday through Friday, excluding Federal Holidays. Work performed during non-duty hours, weekends and holidays, will be at the discretion of the COTR. (f) The contractor agrees to phase all work in such a manner as not to impact on or interfere with cemetery operations. The contractor shall not operate equipment, machinery, or otherwise perform contract work within 250 feet of any ongoing interment service. The COTR, at his discretion, may direct and arrange the contractor's performance in specific areas of the cemetery to ensure smooth cemetery operations. A.4 CONTRACTOR RESPONSIBILITIES (a) Appearance: Contractor personnel appearance and conduct shall be professional and unobtrusive at all times. Questions from cemetery visitors shall be politely referred or directed to cemetery personnel. (b) The contractor shall observe traffic, parking, directional signs and regulations when using the cemetery's roadways. Vehicles shall not be driven off of the paved roadways onto non-paved areas without first securing permission from the COTR. (c) The contractor shall leave all work areas free of debris and in the same condition as before the work commenced. The contractor agrees to take all necessary precautions to protect vegetation, as appropriate, in the immediate work area(s). (d) Work Ethics: The Government will not tolerate a contractor influencing a family, concerned person, or funeral service persons to use or not use a Government-provided Grave Liner. A.5 CONTRACT MANAGEMENT (a) Representatives of the Contracting Officer: The VA Contracting Officer will designate one (or more) representatives to serve as the Contracting Officer's Technical Representative (COTR) to act for him/her in furnishing technical guidance and advice or generally directing the work to be performed under the contract. Such designation will be in writing and will define the scope and limitations of the COTR's authority. A copy of the designation(s) shall be furnished to the Contractor at time of award. (b) The COTR may direct and arrange the Contractor's work schedule in specific areas of the cemetery to coordinate with daily cemetery activities and operations. Duties and responsibilities of the COTR include day-to-day monitoring of the contract as follows: (i) Providing contract oversight and technical guidance to the Contractor. (ii) Placing orders for services. (iii) Verification / certification of payments to the Contractor for services rendered. (iv) Assuring that any changes effecting work involved, price, terms and/or conditions under the contract are not implemented before written authorization is issued by the Contracting Officer. (c) All administrative contract functions are the responsibility of the VA Contracting Officer. Any modifications to the contract, including those involving no-cost changes, increases and decreases in cost or level of services provided, termination or extension of the contract (in part or in whole) and decisions concerning claims or disputes, must be authorized in writing by the Government Contracting Officer. (d) Site Manager: The Contractor shall provide a "Site Manager" who will be on-site at all times during contract performance. The Site Manager will be responsible for the following: (iii) Directing, overseeing and coordinating the work involved. (iv) Staying abreast of all upcoming cemetery functions including special holiday events and interment activities. (v) Ensuring that contract work does not cause any committal service, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. (e) The Site Manager will re-direct work throughout the rest of the Cemetery - so that productive use of labor and equipment is assured, and downtime is avoided. If the Contractor fails to re-direct employees away from an event in a timely fashion, the COTR may then do so. (f) Communication & Coordination of Work with COTR: Communication with the COTR (or designee) is strongly encouraged. Burial activities at NCA shall take precedence over contract work activities. Work activity and noise cannot disturb burial services. Trucks and workmen are prohibited from passing through the service area during this period. (g) Notwithstanding the Contractors responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The Government shall provide, at the time of contract award, a list of Government personnel authorized to act as COTR. A.6 CONTRACT TERM & TYPE This is a firm fixed-price supply type contract. The term of the contract shall be from Date of Award through September 30th, 2011, with four (4) one (1) year renewal options, if exercised, extending the term of the contract through September 30, 2011.
 
Place of Performance
Address: Custer National Cemetary;15501 Dickman Road;Agusta, MI
Zip Code: 49012
Country: United States
 
Record
SN01468444-W 20071214/071212223615 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.